+ All Categories
Home > Documents > ¼Hkkjr ljdkjdk midez ½ National Fertilizers Limited

¼Hkkjr ljdkjdk midez ½ National Fertilizers Limited

Date post: 28-Feb-2022
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
27
bZes y% [email protected] os clkbZ V%www.nationalfertilizers.com us 'kuyQfVZykbt+ lZfyfeVs M ¼Hkkjr ljdkjdk midz National Fertilizers Limited (A Govt. of India Undertaking) xksgkukjks M] ikuhir&132 106 ¼gfj;k.kk½ Gohana Road, Panipat- 132 106(Haryana) India An ISO-9001, 14001 & OHSAS-18001 Unit GSTIN: 06AAACN0189N1Z8 QSDl % ¼91½180&2652515 Qks u% ¼91½180-2652481]83]85 NIT FOR NON PREQUALIFIED PARTIES Ref. No. NFL/PT/LAB/51/18 Dated: 14.12.2018 To __________________________________ __________________________________ __________________________________ Sub: ___________________________________________________________ Dear Sir(s), Sealed Tenders are invited for Consultancy Services for National Accreditation Board for Testing and Calibration Laboratories (NABL), (ISO17025: 2017) of NFL Panipat Laboratory. The work is as detailed below:- 1. Name of Work As mentioned above. 2. Earnest Money Rs.5000 3. Tender Fee Rs. 200 (Inclusive of GST) 4. Estimated Value of the Work Rs. 2,55,000 (Excluding GST) 5. (a) Validity of Contract 12 Months (b) Time of Completion 12 Months 6. Last date of issue of Tenders 03.01.2019 14:30 hrs. 7. Last date and time of Receipt of Tenders 03.01.2019 15:00 hrs. 8. Date and time of Opening of Tenders 03.01.2019 15:30 hrs. 9. Place of receipt and Opening of Tenders Office of: Sr. Manager (Lab). Central Laboratory, NFL Panipat Unit. Note: In case tender is asked by the party by Post, the tender sets shall be dispatched upon the receipt of the tender fee and Rs. 50.00 as dispatch fee will be charged. Tenders can also be downloaded from NFL’s web site www.nationalfertilizers.com and CPP Portal, which shall be submitted along with the requisite tender fees and EMD. 10. All requests for interpretation, clarification & queries in connection with Tender shall be addressed in writing to Sr. Manager (Lab) at least 7 (Seven) days prior to the closing date of the tender. 11. The Tender shall be submitted duly super scribed: - “Consultancy Service for NABL accreditation of NFL Panipat Laboratory”. 12. The price quoted shall be exclusive of all taxes and duties as may be applicable presently or imposed by Government of India from time to time. 13. The bidder shall indicate the rates of GST applicable in their bid, for the quoted items indicating clearly the HSN code of item/ SAC Code in case of service and applicable category of GST(i.e. whether IGST,CGST,SGST,UGST). 14. Bidders shall have valid GSTIN/GST, provisional ID and provide Invoice and all other documentation in such from and manner as may be prescribed under GST Act and Rules which are inter-alia necessary to enable NFL to claim input tax credit set off, rebate or refund in relations to payment of GST.
Transcript

bZesy% [email protected] osclkbZV%www.nationalfertilizers.com

us'kuyQfVZykbt+lZfyfeVsM ¼Hkkjr ljdkjdk midze½

National Fertilizers Limited (A Govt. of India Undertaking)

xksgkukjksM] ikuhir&132 106 ¼gfj;k.kk½ Gohana Road, Panipat- 132 106(Haryana) India

An ISO-9001, 14001 & OHSAS-18001 Unit GSTIN: 06AAACN0189N1Z8

QSDl % ¼91½180&2652515 Qksu% ¼91½180-2652481]83]85

NIT FOR NON PREQUALIFIED PARTIES

Ref. No. NFL/PT/LAB/51/18 Dated: 14.12.2018 To __________________________________ __________________________________ __________________________________ Sub: ___________________________________________________________ Dear Sir(s), Sealed Tenders are invited for Consultancy Services for National Accreditation Board for Testing and Calibration Laboratories (NABL), (ISO17025: 2017) of NFL Panipat Laboratory. The work is as detailed below:- 1. Name of Work As mentioned above. 2. Earnest Money Rs.5000 3. Tender Fee Rs. 200 (Inclusive of GST) 4. Estimated Value of the Work Rs. 2,55,000 (Excluding GST) 5. (a) Validity of Contract 12 Months (b) Time of Completion 12 Months 6. Last date of issue of Tenders 03.01.2019 14:30 hrs. 7. Last date and time of Receipt of

Tenders 03.01.2019 15:00 hrs.

8. Date and time of Opening of Tenders

03.01.2019 15:30 hrs.

9. Place of receipt and Opening of Tenders

Office of: Sr. Manager (Lab). Central Laboratory, NFL Panipat Unit.

Note: In case tender is asked by the party by Post, the tender sets shall be dispatched

upon the receipt of the tender fee and Rs. 50.00 as dispatch fee will be charged. Tenders can also be downloaded from NFL’s web site www.nationalfertilizers.com and CPP Portal, which shall be submitted along with the requisite tender fees and EMD.

10. All requests for interpretation, clarification & queries in connection with Tender shall be

addressed in writing to Sr. Manager (Lab) at least 7 (Seven) days prior to the closing date of the tender.

11. The Tender shall be submitted duly super scribed: - “Consultancy Service for NABL

accreditation of NFL Panipat Laboratory”. 12. The price quoted shall be exclusive of all taxes and duties as may be applicable

presently or imposed by Government of India from time to time. 13. The bidder shall indicate the rates of GST applicable in their bid, for the quoted items

indicating clearly the HSN code of item/ SAC Code in case of service and applicable category of GST(i.e. whether IGST,CGST,SGST,UGST).

14. Bidders shall have valid GSTIN/GST, provisional ID and provide Invoice and all other

documentation in such from and manner as may be prescribed under GST Act and Rules which are inter-alia necessary to enable NFL to claim input tax credit set off, rebate or refund in relations to payment of GST.

15. The rate should be quoted in the Units given in the Schedule of Rates. The rates should be quoted in words and figures. The rates quoted shall remain valid for 120 days from date of opening of tenders for the acceptance.

16. National Fertilizers Limited reserves the right to reject any or all tenders and also does

not bind to accept the lowest tender. The tender can be split between two or more contractors without assigning any reason thereof as per the requirement on case to case basis.

17. Bidders shall ensure the submission and receipt of the bids in NFL before the scheduled date and time of submission of bids as given in the NIT. Bids received after scheduled date and time of submission would be out-rightly rejected without any cognizance of date / time of dispatch of the bid.

18. Tender shall be submitted in THREE SEPARATE SEALED ENVELOPS as under: Envelop No. 1: Will be super scribed “EM” (Earnest Money) and shall contain earnest money deposit of

Rs.5000 (Rupees Five Thousand only) and Rs.200 (Rupees Two Hundred only) as Tender Fees in the form of a crossed demand draft (separate for both amount) issued by any scheduled bank except rural and cooperative bank in favor of National Fertilizers Limited, Panipat Unit, payable at Panipat.

Envelop No. 2: Will be super scribed “TC” (Terms and Conditions) and shall contain terms and

conditions set for the tender by tenderer for his offer (in duplicate) and which are at variance from the terms and conditions of the NIT/ tender documents issued by NFL.

Envelop No. 3: Will be super scribed “PB” (Price Bid) and shall contain the rates and amount quoted in

the prescribed schedule of rates.

All the three sealed envelopes shall be submitted in a separate sealed envelope super scribed “Consultancy Service for NABL accreditation of NFL Panipat Laboratory”.

19. OPENING OF TENDERS: Envelop No. 1: Marked “EM” containing earnest money will be opened first, on the scheduled date of

opening of tender in presence of those tenders who wish to be present at the time of Tender Opening.

Envelop No. 2: Marked “TC” will then be opened and discussion will be carried on with the respective

tenderer for clarification, if any. Envelop No. 3: Marked “PB” will be opened subsequently on the same day or at a later date, which will

be intimated to tenderer. 20.(I) Tender shall submit along with the tenders full particulars of their capacity, experience

giving the list of similar jobs carried out by them during the last seven years, the complete address or organization for which such works have been executed and also substantiate their furnishing the copy of their credentials as per NIT. In the absence of these documents tender will not be considered.

(II) The following documents are to be submitted with the quotation in the envelope No. 2,

failing which the tender will be liable for rejection:

a) Certified copy of Permanent Account Number (PAN) from Income Tax Authorities.

b) Certified copy of Proof of PF Registration No. c) Certified copy of GST Registration No. along with documentary proof thereof. d) Certified copy of ESI Registration No. along with documentary Proof. e) Declaration Forms I & II. f) An Affidavit on Non-judicial Stamp Paper of Rs.10/- duly attested by Notary, stating :

With reference to NIT No. ________________ dt. ________________ of National Fertilizers Ltd., Panipat for the work “Consultancy Service for NABL accreditation of NFL Panipat Laboratory”. I, ___________________________________ S/o. Sh._____________________________ R/o ________________________________ Proprietor/ Partner/ Authorized Representative of the firm M/s ___________________________ do solemnly affirm and declare as under:- i) That my/ our firm/ sister concern etc. has not been black listed or put on holiday

by any Institutional Agency/ Government Department/ Public Sector Undertaking for participating in the Tender, in last 2 years.

ii) No other Firm/ Sister Concerns / Associates belonging to the same group are participating/ submitting the Tender for the job.

iii) That the information furnished by me/ us in respect of above Tender is true and

correct and nothing has been concealed. In case any of information is found to be false and incorrect at any stage, NFL shall be fully competent to take the necessary action as deemed fit.

g) Eligibility Criteria in prescribed Performa enclosing all the supporting documents. h) Power of Attorney in the name of person, who has signed the Tender Documents (in

case of Partnership Firm or otherwise as the case may be). i) Declaration for downloading the tender document in the prescribed Performa in case the

tender has been downloaded from NFL website. j) All the tenderers will have to sign the agreement in the format attached with the NIT for

all tenders having value of Rs.1.0 Crore and above in compliance of Integrity Pact. Agreement Performa is also being displayed at NFL Web Site. Agreement duly filled, signed and stamped shall be submitted along with the technical bid failing which bid will not be accepted techno-commercially for opening of price bid and will be rejected.

21.(a) The Tenderer is required to furnish the details regarding its status of Micro, Small and

Medium Enterprise under the MSMED Act, 2006 under Sr. No. 6 of declaration form-II at the time of submission of their quotation. The benefits of the Public Procurement Policy for MSE’s Order, 2012 shall be considered only if self- certified copy of valid registration certificate of MSME as per the MSMED Act, 2006 along with the status of MSEs owned by SC/ST Entrepreneurs, if applicable, is provided. In case no information is given by tenderer, it will be presumed that he is not covered by the Act and consequently not eligible for any benefits under the Act.

(b) The Benefits of the Public Procurement Policy for MSE’s Order, 2012 on MSMED Act

2006 shall not be applicable on Works Contracts means wherein transfer of property in Goods involved in execution of such contracts i.e. wherein both material and services are involved.

22. The contractor shall quote single rate against each item and not the multiple rates in the Schedule of Rates. Any tender with the multiple rates quoted will be summarily rejected. Price should be quoted strictly as per the Performa enclosed for Schedule of Price. 23. All pages shall be initialed at the lower right hand corner and signed wherever required

in the tender papers by the tenderers or by a person holding power of attorney authorizing him to sign on behalf of the tenderer before submission of tender. All corrections and alterations in the entries of tender paper will be signed in full by the tenderer with date. No eraser or overwriting is permissible.

24. No condition or deviation should be mentioned by tenderer in Price Bid. Offers where

the party has mentioned any condition or deviation in Price Bid shall be out rightly rejected.

25. The prospective tenderer having any common Partner / Director / Managing Director etc. or having any other common criteria shall be considered as Sister / Group / Associates Company. In such cases only one of them will be eligible for participating in the tender.

26. While submitting the offer, Bidders may ensure that tender documents / offer have been

signed by authorized signatory or the Company. Subsequent withdrawal of offer / non-acceptance of orders placed based on offers submitted by them will not be entertained on the ground that the offer was not signed by the authorized person.

27. In case the tender is received in open condition, then the entire risk for loss of

confidentiality shall be with the party. NFL shall not own any responsibility on this account whatsoever.

28. One person will be allowed to represent only one Company during discussion,

negotiation with NFL. If same person is representing different companies with authorization letter from more than one Company, such person will be allowed to represent only the first Company called for negotiation.

29. NFL reserves the right to postpone the tender opening date and / or time and will

intimate all the tenderers well in time, of such postponement along with notice of revised opening date and time.

30. In case, due to some unforeseen circumstances, the date of receiving / opening of the

tender happen to be a holiday / closed day, the tender will be received and opened on the next working day.

31. If a tenderer resorts to any frivolous, malicious or baseless complaints / allegations with

intent to hamper or delay the tendering process or resorts to canvassing/ rigging/ influencing the tendering process, NFL reserves the right to debar such tenderer from participation in the present/future tenders up to a period of 2 years.

32. All bidders/service providers/ vendors/ consultants etc. shall be required to certify that

they would adhere to Anti-Fraud Policy of the Company and not indulge or allow anybody else working in the Company to indulge in fraudulent activities and would immediately apprise the Company of the fraud/suspected fraud as soon as it comes to their notice. In case of failure to do so, the Company may debar them for future transactions. The Policy is being displayed at Company’s Web Site. This condition shall form part of documents both at the time of submission and execution of agreements and contracts with suppliers and service providers, etc.

33. This letter shall form part of the contract document and shall be signed and returned

along with all other tender documents like STC/GTC/Technical Terms & Conditions/ Scope of Work/SOR etc.

34. The Tender shall be addressed to Sr. Manager (Lab.), Central Laboratory, National

Fertilizers Limited, Panipat.

Thanking You, Yours faithfully,

Read carefully and accepted For and on behalf of National Fertilizers Limited. Narendra Singh Sr. Manager (Lab)

Mob; 9425761445 Mail ID; [email protected]

Signature of the Bidder/ Authorized Signatory. Place:____________ Name & Seal of the Firm/ Co.

Scope of work for Consultancy Services for NABL accreditation of NFL Panipat Laboratory. (ISO 17025:2017) National Fertilizers Ltd. Panipat Unit, producing Prill Urea and Bentonite Sulphur granular Fertilizer is an ISO-9001: 2015, ISO 14001:2015 & ISO 45001: 2017 certified company. Central Laboratory and Plant Labs at Panipat Unit (Ammonia Plant Lab, Urea Plant Lab and DM & ETP Lab) also comply with all the above certifications. In addition to these certifications, Central Lab and allied Labs at NFL, Panipat seek to go for National Accreditation Board for Testing and Calibration Laboratories (NABL) certification. NABL accreditation is a new concept to us and to adopt such stringent norms, systematic guidance of a consultant in this field is required. Scope of work:

1. The consultant shall visit our Laboratories before submitting offer for consultancy. 2. The party may suggest additional scope, if any part is not included in the NFL scope

of work but essential to the NABL activities. 3. The party shall conduct GAP assessment / pre-assessment / feasibility studies of our

laboratories for preparedness and to asses for the qualification. 4. The party shall finalize the Laboratory Scope for NABL Accreditation with the help of

given Lab documents. 5. The party shall suggest Quality System documentation and its implementation for the

compliance in accordance with ISO 17025:2017. The party shall examine present laboratory quality management system made in accordance with ISO 9001:2015 and compare with ISO 17025:2017 standards as required for the NABL accreditation.

6. The party shall help in preparing Laboratory Manual / Procedures / Documentation like adopted test methods, reporting of test results, Internal Quality Control, Test Data Verification, Validation and Maintenance of Records for testing.

7. The party shall help in preparing Traceability, Calibration, Accuracy, Uncertainties, Measurement Capabilities of Instruments / Equipment used in Laboratories.

8. The party shall conduct Awareness Training on Uncertainty Calculations to Lab staff as well as from Outside Agencies as per requirement of NABL testing. The party shall guide for the information desired by NABL Accreditation Body for the norms such as enlisting the test(s)/ calibration(s) along with range and measurement uncertainty for which the laboratory has the competence to perform.

9. The party shall conduct Internal Audit and assist in Non Conformity closure raised during internal audit and also during pre & final assessments. The party shall assist in pre-assessment and final assessment and guide for taking necessary corrective actions on the concerns raised during the assessments, if any.

10. The party shall assist for submitting application for NABL Accreditation. The party shall examine, review and confirm the final documentation as required for NABL certification.

11. Party shall identify the legal requirements if any, related to the analysis and certification.

12. The party should quote lump-sum Consultancy Chagres exclusive of GST only if applicable. Pre-Assessment Charges, Training Charges, Internal auditing Charges etc. till NABL Certification of Laboratories and Terms of Payments. The party should note that no separate charges for conducting GAP Assessment/ Pre-assessment/ Feasibility Studies will be given. Party can include all these charges in the Consultancy Charges as a whole.

13. The party should mention Time Duration for NABL accreditation of Laboratories and should be flexible enough. If company’s shortcomings, if any, arise, will not be charged extra.

14. The party should also to clarify about the NABL Charges to be paid to Government Body with a split up for: who will bear the charges and what would be the amount.

15. The party should make available offline as well as online support for queries related to NABL till Certification.

16. The party should submit List of Clients with details like Name of the Company, Year, NABL Certification details and also the work experience in this field.

17. The party should make own Travelling Arrangement, local conveyance etc. 18. Boarding in company’s guest house on chargeable basis, if available.

ELIGIBILITY CRITERIA OF PARTIES w.r.t. EXPERIENCE

Ref No. NFL/PT/LAB/NABL/18 Name of Contract Consultancy Service for NABL accreditation of NFL Panipat laboratory. Estimated Cost Rs.2, 55,000 (Rs. Two Lakh fifty five thousand only)

A. Commercial Criteria S. No.

Description Financial Year

Details & documents to be submitted by the contractor

1 Average annual financial turnover during last three years ending 31st March of the previous financial year, at least 30% of estimated cost i.e. ₹0.77 Lakh.

2015-16 2016-17 2017-18

2 Experience of having successfully completed similar works during last seven years ending the day of month previous to the one in which applications are invited should be either of the following:-

a. Three similar completed works each costing not less than 40% amount of the estimated cost. (with performance/ completion certificate) i.e. ₹1.02 Lakh or more.

1

Work Order Ref. No. Name of Company Contract Value Contract Period

2 Work Order Ref. No. Name of Company Contract Value Contract Period

3 Work Order Ref. No. Name of Company Contract Value Contract Period

OR b) Two similar completed work each

costing not be than 50% amount of the estimated cost. (with performance/ completion certificate) i.e. ₹ 1.28 lakh or more.

1 Work Order Ref. No. Name of Company Contract Value Contract Period 2 Work Order Ref. No.

Name of Company Contract Value Contract Period

OR c) One similar completed work costing not less than 80% of the estimated cost. (with performance/ completion certificate i.e. ₹ 2.04 lakh or more.

1 Work Order Ref. No. Name of Company Contract Value Contract Period

B. Technical Criteria Work Order with detailed technical scope of work indicating experience related to scope of work of above

consultancy should be submitted along with Performance & Completion Certificate.(The party should submit List of Clients with details like Name of the company ,Year, NABL. certification details)

NOTE: 1. Similar Work means work employing same technology and skill but quantities can vary. 2. Self-attested documentary evidences for Annual Turnover to be enclosed. 3. Self-attested documentary evidences for Work Orders given above to be enclosed. 4. Self-attested documentary evidences for Performance/Completion Certificate of above given Work Orders to

be enclosed.

Signature of the Tenderer / contractor with seal

1

NATIONAL FERTILIZERS LIMITED: PANIPAT

SPECIAL TERMS & CONDITIONS OF THE CONTRACT For Consultancy Services for NABL accreditation of NFL Panipat Laboratory

1. EMD & Tender Fees: Tenderers shall make a deposit of Rs.5000 as EMD and Rs. 200 as Tender Fees in the

manner as specified in clause No.1.8.1 of GTC.Tenderers can avail the exemption of EMD & Tender fee only on submission of valid MSE certificate.

2. Validity of Contract: This contract shall remain in force for a period of one year with effect from award of work order

to the party and clause No. 1.23.0 of GTC shall be applicable. 3. COMPLETION TIME:

The completion time shall be 12 months. Failing which penalty as per clause No. 1.37.0 of GTC shall be applicable. No advance will be paid at the time of placing order.

4. SECURITY DEPOSIT: Security Deposit @ 10% of the gross value of the Contract would be deposited by the

Contractor within 10 days from date of issue of LOI including the amount of EMD already deposited for successfully completion of Job. No interest will be payable on Earnest Money Deposit (EMD) and Security Deposit (SD). Any amount recoverable from the contractor shall be deducted from security deposit. The SD will be refunded after the successful completion of job.

5. Clause in case the job/contract is Non split-able/ dividable:

The job/ contract is Non - split able/ dividable. MSE quoting nearest price within price band of L1+15% may be allowed full/ complete job/ contract of total tendered value subject to bringing down their price to L1 in a situation where L1 price is from someone other than MSE, considering spirit of Public Procurement Policy for MSE’s, Order-2012 for enhancing the Govt. procurement from MSE. Being the spirit of the said Govt. Policy, the L1 Non-MSE party shall accept the same and no representations on their part whatsoever should be entertained by NFL.

6. Payment terms will be as follows:

1. 25% of total value at the time of completion of GAP analysis. 2. 25% of total value at the time of submission of document to NABL. 3. 25% of total value on completion of pre assessment audit. 4. 25% on certification.

7. (a) GST shall be paid as per provisions of GST Act. Clause no. 1.6.0 a, b & c of GST shall be applicable. (b) TDS @ 2% (1% CGST and 1% SGST or 2% IGST) shall be deducted as per provisions under GST act in case taxable contract value of services/ goods or both is more than 2.50 Lakh. 8. Tenderers/ successful party should be required to submit the affidavits/ agreements etc. required as per tender document on the NJSP of the appropriate value which will be applicable at the time of its execution in the state of Haryana.

PROFORMA FOR RATE QUOTATION To be submitted in Envelope 3

Description Amt. Rs. Amt. in words

Lump-sum charges for consultancy service for NABL accreditation of NFL Panipat Laboratory

Quoted rates are exclusive of GST.

Scanned by CamScanner

Scanned by CamScanner

18

DECLARATION FORM-II

THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR

Sr. DESCRIPTION YESINONo. (If Yes, give the following details)

1 If a Tenderer has relations whether by Name and Place of Relationblood or otherwise with any of employees Designation of the Posting with theof NFL (Owner), the Tenderer must Employee Employeedisclose the relation at the time ofsubmission of Tender, failing which, NFLshall reserves the right to reject theTender or rescind the Contract.

P.F. Registration

2. P.F. Registration No of the Contractor to be intimated alongwith NumberDocumentary proof thereof.

PAN No of the Contractor to be intimated alongwithPAN No

3 Documentary Proof thereof.

4 GST Registration No. with Documentary Proof.

5 ESI Registration No. issued by ESI Authority

6 If the party is registered as Micro/Small/Medium Enterprises asper MSMED Act, 2006, the same may be confirmed by the partyand submit a photocopy (Self certified) of the RegistrationCertificate in support thereof. Otherwise, it will be construedthat the party is not registered as per MSMED Act, 2006.

7 The bidder shall submit the name and address of the firm/Company along with its constitution giving status of the samesuch as sole proprietorship/partnership or limited/private firmetc. along with its copies duly attested by Notary Public asevidence.

8 Bank A/C details:Name of Bank BranchBank A/C No Type of A/CIFSC Code

Signature of the Contractor/ Tenderer with SEALPLACE: _

Dated: _


Recommended